Contract notice

Information

Published

Expire date: 10/04/2024

External Reference: 2024-560585

FTS Reference: 2024-007340

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Helen Elliott
Telephone: +44 1606362063
NUTS code:  UKD6 -  Cheshire
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=79168&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Security - Maintenance, Servicing, Repairs and Small Works Services
Reference number:  CPA/SPU/2272
II.1.2)

Main CPV code

50610000  -  Repair and maintenance services of security equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police and Crime Commissioner for Cheshire (PCC) is inviting contractors to provide Security and CCTV related Services at both the PCC's and Cheshire Fire Authority (CFA’s) premises. (This excludes the Force Headquarters at Winsford, as this is subject to Facilities Management under a PFI Contract).
Contractors will be required to provide cyclical servicing, maintenance work, minor works, repairs which could be on a routine or call-out basis and ad-hoc new work.
The ad-hoc new work jobs will not exceed £50k value per job. Any ad-hoc new work/jobs will be called off as and when required.
The Contractor will be required to provide a 24/7/365(366) service and offer a reactive maintenance and repair service within 3 hours for all emergency work.
a) CCTV
b) Access Control Systems
c) Intruder Alarm Systems & Affray/Panic Alarms
d) Intercom Systems, Public Address Systems and Cell Call Systems
II.1.5)

Estimated total value

Value excluding VAT: 650000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50700000  -  Repair and maintenance services of building installations
II.2.3)

Place of performance

NUTS code:  UKD6 -  Cheshire
Main site or place of performance:  
Cheshire Constabulary Policing Area/Cheshire Fire & Rescue area
II.2.4)

Description of the procurement

The Police and Crime Commissioner for Cheshire (PCC) is inviting contractors to provide Security and CCTV related Services at both the PCC's and CFA’s premises. (This excludes the Force Headquarters at Winsford, as this is subject to Facilities Management under a PFI Contract).
Contractors will be required to provide cyclical servicing, maintenance work, minor works, repairs which could be on a routine or call-out basis and ad-hoc new work.
The ad-hoc new work jobs will not exceed £50k value per job. Any ad-hoc new work/jobs will be called off as and when required.
The value of Cyclical Servicing is estimated at around 30% with the remaining works making up 70% of the anticipated contract value. This is an estimate to allow bidders to assess the level of work required by the contract and is not be relied upon as the level of reactive works and new works/repairs can fluctuate and cannot be guaranteed. The estimated value of work across Police & Fire sites per annum is estimated at around £100k based on historical spend. Future requirements may mean that this value could increase due to changes in operating bases or equipment or decrease, no value of work is guaranteed. It is envisaged that the maximum contract value if all options to extend were taken would not exceed £650k.
The Contractor will be required to provide a 24/7/365(366) service and offer a reactive maintenance and repair service within 3 hours for all emergency work.
The work is identified in 4 groups as per below – the successful contractor will be required to provide all services whether directly or via an approved sub-contracted route. The awarded contractor will be responsible for all the service delivery and will need to ensure they have robust contract management/monitoring arrangements with any sub-contractors they use. The PCC/CFA will be contracting with the awarded prime contractor and will not be placing orders with any sub-contractors.
a) CCTV
b) Access Control Systems
c) Intruder Alarm Systems & Affray/Panic Alarms
d) Intercom Systems, Public Address Systems and Cell Call Systems
The Agreement is for an initial period from 1 May 2024 to 31 March 2027 . [There is also an option to extend the Agreement for a further period or periods of up to 24 months in total].
All work will be subject to Purchase Orders, which will be raised against separate finance systems for the PCC and CFA, invoicing will be to both organisations separately for their respective buildings.
Separate contracts will be awarded by the Police and Crime Commissioner for Cheshire (PCC) acting for itself and Cheshire Fire Authority (CFA). It is the intention to establish a contractual relationship with one Contractor, to deliver the requirements of this contract
Full details can be found within the Online ITT – which is constructed as an online questionnaire with supporting files in the document folder
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Evaluation Overall is 35% - sub criteria as set out below  /  Weighting:  35% Overall
Quality criterion  -  Name:  EQ1 Evaluation Question 1 - Implementation and Management of the Contract  /  Weighting:  10%
Quality criterion  -  Name:  EQ2 Evaluation Question 2 - Approach and Management of Cyclical Maintenance /Servicing Weighting  /  Weighting:  25%
Quality criterion  -  Name:  EQ3 Evaluation Question 3 - Approach and Management of Reactive Works  /  Weighting:  25%
Quality criterion  -  Name:  EQ4 Evaluation Question 4 - Approach and Management of Small Contract Works (up to £50k)  /  Weighting:  20%
Quality criterion  -  Name:  EQ5 Evaluation Question 5 - Health & Safety on Cheshire Police and Cheshire Fire and Rescue Service sites  /  Weighting:  20%
Quality criterion  -  Name:  EQ6 Evaluation Question 6 - Social Value (This is 10% of the overall ITT weighting)  /  Weighting:  10% Overall
Cost criterion  -  Name:  Price Weighting is 55% Overall - sub weightings as set out below  /  Weighting:  55% Overall
Cost criterion  -  Name:  PQ1 - Cyclical Service & Maintenance – Annex A  /  Weighting:  30%
Cost criterion  -  Name:  PQ2 – Dayworks Labour Rate – Reactive; Repairs; New/Small Works  /  Weighting:  55%
Cost criterion  -  Name:  PQ3 - Reactive/New Works – Materials & Plant  /  Weighting:  10%
Cost criterion  -  Name:  PQ4 - Reactive/New Works – Sub-Contractors  /  Weighting:  5%
II.2.6)

Estimated value

Value excluding VAT: 650000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2024  /  End: 31/03/2027
This contract is subject to renewal: yes
Description of renewals:  
The Agreement is for an initial period from 1 May 2024 to 31 March 2027 . There is an option to extend the Agreement for a further period or periods of up to 24 months in total
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Full details of the requirements are freely available via the Bluelight e-Tendering system at the links provided in this FaTS notice

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As set out in the tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the tender documents
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  10/04/2024
Local time:  11:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  10/04/2024
Local time:  11:00
Place:  
Online Opening within the Bluelight e-Tendering System

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK